Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 05, 2009 FBO #2933
SOURCES SOUGHT

J -- CGC MORAY 10 DRYDOCK REPAIR

Notice Date
12/3/2009
 
Notice Type
Sources Sought
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer (vpl), USCG Maintenance and Logistics Command - Atlantic, 300 East Main Street, Suite 600, Norfolk, Virginia, 23510-9102
 
ZIP Code
23510-9102
 
Solicitation Number
CGCMORAY10DDSURCESSOUGHTNOTICE
 
Archive Date
5/7/2010
 
Point of Contact
Louis J Romano, Phone: (757)628-4651, Tomeka Evans, Phone: 757-628-4666
 
E-Mail Address
louis.j.romano@uscg.mil, tomeka.evans@uscg.mil
(louis.j.romano@uscg.mil, tomeka.evans@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Coast Guard is considering whether or not to set aside an acquisition for HUBZone concerns or for Service-Disabled Veteran-owned Small Business concerns (SDVOSB) or for Small Businesses. The small business size standard is less than 1,000 employees. The acquisition is to dry dock and repair the USCGC MORAY (WPB-87331), an 87 FOOT PATROL BOAT. The homeport of the vessel is Jonesport, Maine. The performance period is FORTY-TWO (42) calendar days and is expected to begin on or about 03 MAY 2010 and end on or about 14 JUNE 2010. This acquisition is geographically restricted to an area no greater than 600 nautical miles, one-way, or 1,200 nautical miles, round-trip, from the cutter's homeport of Jonesport, Maine. The scope of the acquisition is for the overhauling, renewing and repairing of various items aboard the USCGC MORAY (WPB-87331). This work will include, but is not limited to: inspect pilothouse aluminum deck and renew deck covering, inspect RHIB notch skid pads, clean engine room and galley ventilation sytsems, clean shipboard ventilation systems, perform ultrasonic thickness measurements - freeboard hull plating, perform ultrasonic thickness measurements - underwater hull plating, perform additional ultrasonic thickness (UT) measurements, modify and preserve the forepeak, renew hatch coamings, clean and inspect dirty oil and oily waste tanks, clean and inspect fuel service tanks, clean and insect grey water tank, clean and inspect sewage tank, realign main engine/reduction gear, remove, inspect, and reinstall propeller shafts, repair shaft, straighten shaft, renew intermediate water-lubricated shaft bearing, renew aft water-lubricated shaft bearing, renew intermediate bearing carrier, renew aft bearing carrier, remove, inspect, and reinstall propellers, perform minor repair and recondition of propeller, inspect sea chest riser piping and flanges, renew depth indicating transducer, install dirty oil tank level indicator, renew sea valves, clean and inspect sea strainers, remove, inspect, and reinstall rudder assemblies, remove, inspect, and reinstall stern launch door and inspect door pivot pins, bushings and washers, clean grey water piping system, preserve bilge surfaces in the lazarette - partial, preserve engine room bilge surfaces - partial, preserve underwater body - 100%, preserve underwater body - partial, preserve stern tubes, preserve freeboard - 100%, renew cathodic protection system, renew transducer fairing, renew wet decks, routine drydocking, provide temporary logistics, perform hull and structural plating repairs in various compartments - eroded welds (steel), perform hull and structural plating repairs - overlay welding (steel), composite labor rate, GFP report and lay days. All welding and brazing shall be accomplished by trained welders, who have been certified by the applicable regulatory code performance qualification procedures. At the present time, the acquisition is expected to be issued as a small business set aside. However, in accordance with FAR 19.1305 if your firm is HUBZone certified or a Service-Disabled Veteran-owned Small Business and intends to submit an offer on this acquisition, please respond by e-mail to Louis.J.Romano@.uscg.mil or by fax at (757) 628-4676. Questions may be referred to Mr. Louis Romano at (757) 628-4651. In your response you must include: (a) a positive statement of your intention to submit a bid for this solicitation as a prime contractor; (b) evidence of experience in work similar in type and scope to include contract numbers, project titles, dollar amounts, points of contact and telephone numbers; (c) past performance references with points of contact and telephone numbers. At least two references are requested, but more are desirable. Your response is required by December 10, 2009 at 1:00 PM, EST. Contractors are reminded that should this acquisition become a Hubzone set aside, FAR 52.219-3, Notice of Total Hubzone Set-aside, will apply, which requires that at least 50 percent of the cost of personnel for contract performance be spent for employees of the concern. Contractors are reminded that should this acquisition become a Service-Disabled Veteran-owned Small Business Set-Aside, FAR 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside, will apply, which requires that at least 50 percent of the cost of personnel for contract performance be spent for employees of the concern. All of the above must be submitted in sufficient detail for a decision to be made on a HUBZone, Service Disabled Veteran-owned Small Business set aside or Small Business set-aside. Failure to submit all information requested may result in an unrestricted acquisition. A decision on whether this will be pursued as a HUBZone or SDVOSB small business set-aside, or small business set-aside, will be posted in the FedBizOpps website at http://www.fedbizopps.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/CGCMORAY10DDSURCESSOUGHTNOTICE/listing.html)
 
Place of Performance
Address: This requirement is geographically restricted to a contractor's facility within an area of no greater then 600 nautical miles, one-way, and 1,200 nautical miles, round-trip from the vessels homeport of Jonesport, Maine., United States
 
Record
SN02016234-W 20091205/091203235800-9702ecb9dc0aee0570e1811fcd943f14 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.